Mitigating Obsolescence of MIL-PRF-19500
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Defense (DoD), specifically the Defense Microelectronics Activity (DMEA), is soliciting proposals for Mitigating Obsolescence of MIL-PRF-19500 Parts. This opportunity aims to invest in domestic manufacturing infrastructure to ensure the long-term availability of essential semiconductor devices for DoD weapon systems. The government anticipates awarding a firm-fixed-price contract. Quotes are due by Thursday, May 14, 2026, at 2:00 p.m. PST.
Purpose & Scope
This requirement seeks to mitigate current and future obsolescence issues for MIL-PRF-19500 qualified components, reduce reliance on fragile supply chains, and restore U.S. industrial capacity. The scope includes activities such as equipment and facility upgrades, bringing raw material supplier operations in-house, qualifying additional facilities or manufacturers, and process transfer to more readily available wafer substrates. All sustainment activities must be completed within five years and cannot be conducted outside the United States.
Key Requirements & Deliverables
Offerors must provide:
- Proof of MIL-PRF-19500 qualification.
- Confirmation of an on-shore manufacturing facility.
- A narrative demonstrating the probability of success in mitigating obsolescence.
- A performance schedule (preferably in Microsoft Project format) identifying major milestones.
- A brief narrative or list of previous contracts demonstrating experience with MIL-PRF-19500 component production.
- Reporting requirements as outlined in the attached Performance Work Statement (PWS) No. 26-6D6.
- Sustainment activities must provide a long-term solution, extending component life by more than one year, and cannot consist of 'End-of-Life' buys or increasing inventory.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Sustainment activities must be completed within 5 years or less.
- Place of Performance: LINDA, CA, United States (and within the United States for all sustainment activities).
- Product/Service Code: R425 (Engineering And Technical Services).
Submission & Evaluation
- Quote Submission Deadline: Thursday, May 14, 2026, 2:00 p.m. Pacific Standard Time (PST).
- Submission Method: Via email to Nicholas.s.roberts8.civ@mail.mil.
- Offer Format: Contractor-generated quote forms are acceptable. Offerors may propose alternative CLIN structures.
- Evaluation Factors (in descending order of importance):
- Technical Capability (including qualification, on-shore manufacturing, impact assessment, probability of success, and schedule).
- Past Performance (demonstrated experience with MIL-PRF-19500 component production).
- Price.
- Technical capability and past performance combined are significantly more important than cost or price.
Set-Aside & Eligibility
- Set-Aside: None specified.
- Eligibility: The contractor must be a Qualified Manufacturer certified to MIL-PRF-19500 as listed in QML-19500.
Important Notes
This solicitation includes an attached DMEA Performance Work Statement (PWS) No. 26-6D6. The Government reserves the right to reject any or all quotations and to cancel the solicitation. Bidders should be aware that a "Justification for Other Than Full and Open Competition" (JOFOC) document is included, which indicates the government is pursuing a sole-source contract with Microchip Technology for this requirement due to unique qualifications and proprietary intellectual property. While this is an open solicitation for quotes, the JOFOC suggests a strong preference or intent for a sole-source award.